SOLICITATION NOTICE
U -- Range Training
- Notice Date
- 1/7/2009
- Notice Type
- Presolicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018909T0079
- Response Due
- 1/12/2009
- Archive Date
- 1/27/2009
- Point of Contact
- Terri McGeein 757-443-1450 Terri McGeeinterri.mcgeein@navy.mil757-443-1450<br />
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-09-T-0079. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-28 and DFARS Change Notice 20081218. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS co! de is 713990 and the Small Business Standard is $7M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet and Industrial Supply Center, Norfolk is soliciting C2 Shooting Center for the following services: Range training shall be available 0900 hours to Dusk with operating hours of 1000 hours to Dusk Six (6) days per month for one calendar year from date of startup not to exceed 72 days per calendar year. Any unused days shall roll over for usage in the next month of the uncompleted contract period. One of each range location from east ranges E-2, E-3 and E-4 shall be available to attendees based on scheduling and availability. The range training area shall be provided with 12 - 15 upright wooded target backers, two upright barricades, an 8" steel plate rack and 4 pieces of static pistol steel all of which shall be maintained by C2 Shooting Center throughout the duration of the contract period. EODESU2 warrants that the following requirements shall be maintained throughout the duration of the contract period: a.EODESU2 will have all new shooters fill out C2 release of liability, with a daily roster filled out each day.b.EODESU2 shall use C2 communication's on a designated channel while onsite. c.All steel reactive training will be conducted in accordance with C2/Navy range policies and procedures, to include proper ammunition and safe standoff distances, with ESU's certified lead instructor being competent authority to conduct such training.d.Static range distances vary on each range, with the ability to have students down range but on line. Only one (1) yard line at a time will be utilized to ensure safety.e.Pivot drills to be utilized with all students pivoting in same direction.f.Closing drills to be performed on line with a 1-1 student instructor ratio. g.Use of barricades and small unit movement (bound and over watch, with no shooting on the move) on range with a 1-1 student to instructor ratio, once proficiency is demonstrated on static range with multiple dry runs to be conducted first. h.EODESU2 will ensure that all range areas used will be properly cleaned with steel targets painted after each training evolution and have a range checkout form completed by the responsible party and reviewed by C2 staff prior to departure.i.All of C2 Shooting Center's published rules and regulations shall be strictly adhered to by all attendees at all times while onsite. Period of Performance is to begin 15 January 2009. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.222-3, Convict Labor;52.222-19, Child Labor,52.222-21, Prohibition of Segregated Facilities,52.222-26, Equal Opportunity52.222-36, Affirmative Action for Disabled Veterans,52.222-50, Combating in Trafficking in Persons,52.225-13, Restrictions on Foreign PurchasesQuoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 Alt A, Central Contractor Registration Alternate ADFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act & Balance of Payments252.247-7023 Alt III, Transporation of Supplies by Sea:DFARS 252.225-7000, Buy American Act - Balance of Payments Program CertificateDFARS 252.225-7010, Levies on Contract Payments 5252.NS-046P PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility.To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business.(End of provision) This announcement will close at 2 pm on 12 January 2009. Contact Jennifer Andrews who can be reached at 757-443-1319 or email jennifer.andrews@navy.mil. VENDORS MUST CC TERRI MCGEEIN ON ALL CORRESPONDENCE. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c729251f4c842c1702244b7f5e58d47c&tab=core&_cview=1)
- Record
- SN01728109-W 20090109/090107215608-3979b76488b2189e88a3da758d67ad39 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |